Education Provision in Young Offender Institutions (YOI's).
Contract notice
Services
Section I: Contracting authority
Ministry of Justice
102 Petty France
For the attention of: Rachana Joshi
SW1H 9AJ London
UNITED KINGDOM
Telephone: +44 2035458767
E-mail:
Internet address(es):
General address of the contracting authority: http://www.justice.gov.uk/about/yjb
Address of the buyer profile: https://esourcing.justice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Public order and safety
Social protection
Section II: Object of the contract
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: - HMPYOI Feltham - Bedfont Road, Feltham, Middlesex, TW13 4ND;
- HMPYOI Cookham Wood - Sir Evelyn Road, Rochester, Kent, ME13LU;
- HMPYOI Werrington - Werrington, Stoke-on-Trent, ST9 0DX;
- HMPYOI Wetherby - York Road, Wetherby, West Yorkshire, LS22 5ED;
- HMPYOI Hindley - Gibson Street, Bickershaw, Wigan, WN2 5TH.
NUTS code UK
The YOIs for which the Ministry of Justice (the ‘Authority’) wishes to procure the services are: HMPYOI Cookham Wood, HMPYOI Feltham, HMPYOI Werrington, HMPYOI Wetherby and HMPYOI Hindley.
The education services required at each YOI cover the initial assessment and on-going management of educational needs for each young offender, from initial reception and induction, through to the time of transfer or release. The successful Bidders will be required to address many other key issues that lie at the heart of delivering education in a custodial environment, such as an awareness of security and discipline, the provision of a safe and decent environment and care for young offenders including working to prevent bullying or gang-related violence. An understanding of the challenges and complexities of educating an unstable and challenging cohort of young people will also be required. The successful Bidders will be expected to interface with custodial, healthcare and other providers to facilitate an integrated service for young offenders; for example, by ensuring educational needs and progress are captured as part of the case management of young offenders to support resettlement objectives. There will also be a need to ensure there is educational representation at senior levels to ensure education is embedded at the heart of YOI regime.
Further detail on the scope of the YOI Education Provision Project is also set out in Section VI.3 and in the Authority's request for information (RFI) (see section V1.3 for how to obtain the RFI). Bidders should refer to the RFI for further detail on Tendering and Award restrictions.
80310000, 39162000, 75121000, 80000000, 80210000, 80212000, 80300000, 80340000, 80490000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 39 000 000 and 90 000 000 GBP
Description of these options: Description of these options: It is anticipated that the term of the contract, including mobilisation, for a Lot will be 5 years with the option for the Authority to break after the first 3 years.
Provisional timetable for recourse to these options: In months: 36 (from the award of the contract).
Information about lots
Lot No: 1 Lot title: HMPYOI Cookham Wood80310000, 80490000, 80340000, 80300000, 80200000, 80000000, 75121000, 80210000, 39162000
Estimated total value of purchases for the entire duration of the contract excluding VAT: 15m GBP.
Estimated value excluding VAT: 15 000 000 GBP
80310000, 39162000, 80210000, 80000000, 80340000, 75121000, 80300000, 80200000, 80490000
Estimated total value of purchases for the entire duration of the contract excluding VAT: 17 million GBP.
Estimated value excluding VAT: 17 000 000 GBP
80310000, 80200000, 80490000, 80300000, 39162000, 80000000, 80210000, 80340000, 75121000
Estimated total value of purchases for the entire duration of the contract excluding VAT: 19 million GBP.
Estimated value excluding VAT: 19 000 000 GBP
80310000, 80300000, 39162000, 80200000, 80340000, 80490000, 75121000, 80000000, 80210000
Estimated total value of purchases for the entire duration of the contract excluding VAT: 17 million GBP.
Estimated value excluding VAT: 17 000 000 GBP
80310000, 80000000, 80300000, 39162000, 80210000, 80490000, 80200000, 75121000, 80340000
Estimated total value of purchases for the entire duration of the contract excluding VAT: 12 million GBP.
Estimated value excluding VAT: 12 000 000 GBP
Section III: Legal, economic, financial and technical information
Further details will be set out in the Invitation to Participate in Dialogue documentation.
Description of particular conditions: The Request for Information (RFI) and Invitation to Participate in Dialogue will set out the particular conditions that must be complied with. Successful bidders may also be required to actively participate in the achievement of social and/or environmental objectives including those relating to sustainability and diversity. Accordingly contract performance conditions may relate in particular to such social and/or environmental considerations. Further details of these conditions will be set out in the contract documents.
Minimum level(s) of standards possibly required: As set out in the Request for Information (RFI).
As set out in the Request for Information (RFI).
Minimum level(s) of standards possibly required:
As set out in RFI.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Potential providers will be selected to participate in the competitive dialogue according to the responses given to the Request for Information.
It is the Authority's intention to take up to a maximum of 5 bidders per Lot to participate in dialogue. The Authority will short-list bidders for dialogue based on the highest ranked bidders assessed against the Authority's pre-qualification criteria as specified in the Request for Information (RFI).
In order to maximise the competition for Lots, the Authority reserves the right to offer those pre-qualified bidders who fail to be short-listed for all the Lots in which they initially express an interest, to express an interest in and have an opportunity to be short-listed for other Lots for which less than 5 bidders have initially been pre-qualified and short-listed. The Authority may then select additional pre-qualified bidders for that Lot up to the maximum of 5 and as determined by their pre-qualification rankings.
Section VI: Complementary information
Estimated timing for further notices to be published: 3 or 5 years depending if the contract is extended.
The Youth Justice Board was created by the Crime and Disorder Act 1998 and oversees and supports performance in the youth justice system in line with the principal statutory aim of preventing offending and re-offending by children and young people. In the event that the Youth Justice Board ceases to exist the contract will transfer to the Ministry of Justice. Candidates should note that the services are being commissioned by the Youth Justice Board; however contractual authority throughout the duration of the services will be the Ministry of Justice.
Ministry of Justice:
The Ministry of Justice Procurement Directorate will be supporting the Youth Justice Board with the process. The Ministry of Justice came into being on 9.5.2007. It brought together the responsibilities of the Department of Constitutional Affairs, the National Offender Management Service (NOMS) and the Office for Criminal Justice Reform.
Section II.1.9: The Authority reserves the right to request variant bids at the Invitation to Participate in Dialogue (ITPD) stage. Further details will be provided in the ITPD.
Section II.3: It is anticipated that the term of the contract (including mobilisation) for a Lot will be 5 years with the option for the Authority to break after the first 3 years.
Section IV.1.2: The maximum numbers specified relate to the number to be invited to participate in dialogue for each Lot. The Authority reserves the right to invite less than 5 bidders to dialogue for a Lot
All values specified in this notice are given by way of an estimate only. The final value of each individual Lot, and the final total value of all Lots may vary from that specified.
1. Registration
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes, or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The Authority's Request for Information (RFI) can be obtained from the eSourcing Portal.
To express an interest in this event please send an email to: stating:
Company NameYour Name
Contact email
Sourcing Reference Number: 3658-2-YJB-MC-RFP
The buyer will then contact you with the registration process if you are not already registered on the Ministry of Justice eSourcing portal.
..
..
..
2. Transparency
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding 10 000 GBP over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf
The prescribed grounds for redaction are:(a) national security;
(b) personal data;
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information;
(f) IT security; or
(g) prevention of fraud.
This contract notice is a voluntary notice and relates to contracts falling under Part B of Schedule 3 of the Public Contracts Act 2006 (the ‘Regulations’). Accordingly, in conducting this procurement the Authority is only required to comply with those aspects of the Regulations which are applicable to Part B services and it shall not be obliged to comply with any other aspects of the Regulations. The choice of the Competitive Dialogue procedure (as set out in section IV.1.1 above) should therefore not be regarded as an indication that the Authority will follow the detailed rules and timescales for a Competitive Dialogue procedure under Regulation 17 of the Regulations (which does not apply to Part B services). The Authority therefore intends to tailor the procurement process to meet its specific requirements, further details of which will be outlined in the Request for Information and the Invitation to Participate in Dialogue.
Ministry of Justice
102 Petty France
SW1H 9EX London
UNITED KINGDOM
Internet address: http://www.justice.gov.uk/about/yjb